SOLICITATION NOTICE
59 -- Threat4 In-Ear Headsets
- Notice Date
- 8/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
- ZIP Code
- 09461-0270
- Solicitation Number
- F2PGRS2207A002-1
- Point of Contact
- Tieu M Myers, Phone: 01638521221, Clifford, Phone: 01638522165
- E-Mail Address
-
tieu.myers@us.af.mil, clifford.cruz@lakenheath.af.mil
(tieu.myers@us.af.mil, clifford.cruz@lakenheath.af.mil)
- Small Business Set-Aside
- N/A
- Description
- General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: F2PGRS2207A003 Posted Date: 14 August 2012 Original Response Date: 30 Aug 2012/10:00AM EST or 3:00PM GMT Current Response Date: 30 Aug 2012/10:00AM EST or 3:00PM GMT Classification Code: 5965 - Headsets, Handsets, Microphones and Speakers Set Aside: N/A NAICS Code: 334210 Communications headgear, telephone, manufacturing Contracting Office Address Department of the Air Force, Air Force United States Air Force Europe, 48 CONS/LGCA- Lakenheath, RAF Lakenheath Unit 5070 Box 270, RAF Lakenheath, UK, 09461-0270 Description Threat4 In-Ear Headsets I. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. II. This solicitation is issued as a request for quotation (RFQ) IAW FAR Part 12 and 13. Submit written quotes (to include a price quote for ALL items) on RFQ reference F2PGRS2201A001. III. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. IV. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 334210. V. List of line items required. CLIN 0001: - Threat4 In-Ear Digital Radio Headset with Left Dynamic Boom & AP107BRS Connector- QTY: 24 ea o Required in ear noise protection greater than or equal to 19dB. 32dB - 39dB in ear Noise protection is preferred. o Utilizes in ear headphone technology instead of over the ear cups o Compatible with HH-60G (high noise) operations o No programming or software o 360 deg situational awareness feature o Passive and active impulse & continuous noise protection o Talk-thru/hear-thru active listening system o Utilizes a dynamic noise cancelling boom microphone (no vibration or proximity noise in radio transmit) o Does not utilize audio compression software o Item is water submersible within IP68 standards o Compatible with existing PPE (OPS CORE FAST helmet/ballistic eye glasses & ballistic goggles) o Light weight and ruggedized o Tri comm. Enabled: Compatible with up to 3 radios/ICS system o Automatically switches between single radio stereo and multi radio monitoring CLIN 0002: - Threat4 Tri Radio PTT with Headset (x-62000) Volume/Mode Control, AJ107BRS Headset (x-62000) Jack & Hardwired Radio Cables - QTY 24 ea o Does not allow for radio audio bleed over between radios o Submersible to IP68 standard o Tri comm. Enabled: Compatible with up to 3 radios/ICS system o Automatically switches between single radio stereo and multi radio monitoring o Able to control headset volume from PTT o Able to mount to existing MOLLE systems o All PTT connectors should be waterproof weather mated or unmated o All cables should be straight and not coiled o Compatible with PRC 152 and PRC 148 o Weight restrictions: less than 1 lb o Conforms to MIL STD 810F o Cable pull strength at PTT connections: Greater than 50lbs CLIN 0003: - Threat4 x-63000 Waterproof Hardwired Radio Interface Straight Cable for Position 1 for PRC-148 (MBITR) Side Mount - QTY 24 ea o All three cables that connect the PTT with either radio or ICS systems should adhere to the following specs:  PTT Position 1: 12" Straight line cable connector (not quick disconnect) with 6-pin attachment (not side attachment) for PRC 148 or PRC 152.  PTT Position 2: Straight line cable connector with in-line battery compartment (if necessary) and U94 connector at termination point that is compatible with Nexus plug on HH-60G ICS cable. Cable should be as short as possible while still allowing bending of the cable.  PTT Position 3: 6" Straight line cable connector (not quick disconnect) with 6-pin attachment (not side attachment) for PRC 148 or PRC 152.  Note: • All PTT connectors should be waterproof weather mated or unmated • All cables should be straight and not coiled • Cable pull strength at PTT connections: Greater than 50lbs CLIN 0004: - Threat4 x-63000 Waterproof Hardwired Radio Interface Straight Cable for Position 2 for PRC-148 (MBITR) Side Mount - QTY 24 ea o All three cables that connect the PTT with either radio or ICS systems should adhere to the following specs:  PTT Position 1: 12" Straight line cable connector (not quick disconnect) with 6-pin attachment (not side attachment) for PRC 148 or PRC 152.  PTT Position 2: Straight line cable connector with in-line battery compartment (if necessary) and U94 connector at termination point that is compatible with Nexus plug on HH-60G ICS cable. Cable should be as short as possible while still allowing bending of the cable.  PTT Position 3: 6" Straight line cable connector (not quick disconnect) with 6-pin attachment (not side attachment) for PRC 148 or PRC 152.  Note: • All PTT connectors should be waterproof weather mated or unmated • All cables should be straight and not coiled • Cable pull strength at PTT connections: Greater than 50lbs CLIN 0005: - Threat4 x-63000 Breakaway Radio Interface straight cable that leads to a battery compartment and terminates with a TP120 Nato Wiring - QTY 24 ea o All three cables that connect the PTT with either radio or ICS systems should adhere to the following specs:  PTT Position 1: 12" Straight line cable connector (not quick disconnect) with 6-pin attachment (not side attachment) for PRC 148 or PRC 152.  PTT Position 2: Straight line cable connector with in-line battery compartment (if necessary) and U94 connector at termination point that is compatible with Nexus plug on HH-60G ICS cable. Cable should be as short as possible while still allowing bending of the cable.  PTT Position 3: 6" Straight line cable connector (not quick disconnect) with 6-pin attachment (not side attachment) for PRC 148 or PRC 152.  Note: • All PTT connectors should be waterproof weather mated or unmated • All cables should be straight and not coiled • Cable pull strength at PTT connections: Greater than 50lbs CLIN 0006: - Gas mask interface cable compatible with x-62000 and x-63700 series - QTY 24 ea o Over rides headset boom mic for voice transmission through electronic voice box on M50 gas mask o Conforms to MIL STD 810F CLIN 0007 - Shipping VI. This combined synopsis/solicitation is for a Threat4 In-Ear Headsets and shipping. VII. Delivery FOB Destination to: 56 RQS CAPT WILLIAM CHASE UNIT 5060 BOX 5060 APO AE 09461 VIII. FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012), and the attached addendum applies to this acquisition. Please see the addendum below. IX. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. Alternatively, as prescribed in FAR 12.301(c), a provision substantially the same as 52.212-2 has been incorporated into the attached addendum. X. FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The vendor must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Apr 2012). The web site address is https://orca.bpn.gov/ XI. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2012), applies to this acquisition. XII. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Mar 2012) (DEVIATION) applies to this acquisition. XIII. For full text of the above reference clause: http://farsite.hill.af.mil XIV. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. XV. Quotes are due no later than 10:00 am EST, Eastern Standard or 3:00 pm GMT, Greenwich Mean Time, Monday, Sep 10, 2012, and must include the following: Company name; address; phone numbers; DUNS number; CAGE code; itemized quote; technical specifications; statement that ORCA has been completed IAW para X. above or completion of the provision 52.212-3. Quotes shall be delivered via email to: tieu.myers@lakenheath.af.mil XVI. If there are any questions on the requirement, please contact the individuals below: Capt Tieu Myers, Deputy Flight Chief, Operation Support Flight Phone (011) (44) 1638 521221 Email tieu.myer@lakenheath.af.mil TSgt Clifford Cruz, Contracting Officer Phone (011) (44) 1638 522371 Email clifford.cruz@lakenheath.af.mil In accordance with FAR 12.602(b) and FAR 13.106-2, the following is provided: ADDENDUM TO 52.212-1 -- Instructions to Offerors -- Commercial Items (Feb 2012) A. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. All proposals must be based upon Firm Fixed Prices (FFP), FAR 16.202-1. The response shall consist of two (2) separate factors; Factor I - Technical Proposal and Factor II - Price Quote. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit uncertified cost or pricing data to support a determination of price reasonableness. C. Complete the necessary fill-ins and certifications in provisions/clauses. The provisions/clauses FAR 52.212-3, 52.209-5 and 252.212-7000 shall be returned along with the quote. D. Specific Instructions: FACTOR I - TECHNICAL QUOTE - To be technically acceptable contractor's catalogues, samples, and quote must adhere to the specifics in the solicitation and any posted amendments discussed during the site visit. Limited to no more than 30 pages to include any attachments. Any additional pages may not be evaluated or considered as part of the quote. Any attachments provided by the Contracting Office in this solicitation do not count toward the limit. Submit one copy. FACTOR II - PRICE QUOTE - Submit original (a) Provide Discount Terms, Offeror Complete Address, Name, Date and Signature. Submit aforementioned information on company letterhead. Complete Line Item cost breakouts on the pricing schedule. In doing so, the offeror accedes to the contract terms and conditions as written in this SOLICITATION, with attachments. (b) A quote must be submitted for all CLINS. E. Documents submitted in response to this RFP must be fully responsive to and consistent with the following: (1) Requirements of the RFQ and government standards and regulations pertaining to the attached specifications. (2) Evaluation Factors for Award in provision 52.212-2, Evaluation-Commercial Items. (3) Any limitation on the number of quote pages. Pages exceeding the page limitations set forth in this solicitation provision will not be read or evaluated, and will be removed from the quote. General Information INFORMATION REGARDING SUBMISSION OF QUOTE: The preferred method is electronic submission via e-mail. Hand carried quotes must be delivered to the contracting office at Building 977, 1st Floor, RAF Lakenheath, United Kingdom, IP27 9PN. The sealed envelope or package used to submit your quote must show the time and date specified for receipt, the Solicitation Number, and the name and address of the offeror. Offerors are cautioned that RAF Lakenheath has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING QUOTES. Offerors should allow sufficient time to obtain a visitor pass and arrive at the bid depository PRIOR to the time specified for receipt. Late quotes will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." Offerors are encouraged to submit their quote electronically to: tieu.myers@lakenheath.af.mil and/or Clifford.cruz@lakenheath.af.mil. It is the offeror's responsibility to ensure the quote is sent to the correct government email address. Please note that our email system has a 10 MB limit for attachments. Offerors may send their quote using multiple emails and it is advised that number systems such as "email 1 of 4" are used so that if requested by the offeror, we can confirm receipt. The requirements for multiple copies do not apply to electronically submitted quotes. Quotes may also be mailed to: 48 Contracting Squadron Unit 5070 Box 270 APO, AE 09461 Or 48 Contracting Squadron Bldg. 977, Boston Dr. RAF Lakenheath, Bandon, Suffolk IP27 9PN (End of provision) ADDENDUM TO 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) BASIS FOR CONTRACT AWARD: The award will be made to the vendor whose quote represents the best value to the government. As allowed by FAR 15.101-2, the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. Award will be made to the vendor who is deemed responsible and responsive that reflects a complete understanding of the attached specifications and represents the best value to the Government based on selection of the technically acceptable quote with the lowest evaluated price for non-cost factors. To be eligible for award, a quote must meet all technical requirements, conform to all required terms and conditions, and provide all information required. The technical area will be evaluated on an "acceptable" or "unacceptable" basis. Under the LPTA source selection process, trade-offs are not permitted, quotes are evaluated for acceptability but not ranked using the non-cost/price factors, and exchanges with offerors may occur. If the quote received is determined to be unacceptable, the vendor may be excluded from competition and may not be considered for award. A. EVALUATION FACTORS FOR AWARD: Two (2) evaluation factors will be used to evaluate quotes: Technical Capability and Price. FACTOR I - TECHNICAL QUOTE Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Quote clearly meets the minimum qualification requirements of the solicitation. All factors and sub-factors have passed the evaluation. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. Each sub-factor must pass the evaluation in order for the technical factor to pass. Failure to address any sub-factor will deem an offer as technically unacceptable. The government will evaluate the technical quote and the below listed sub-factors on a pass/fail basis, assigning ratings of acceptable or unacceptable. An unacceptable rating for any of the below sub-factors will result in an unacceptable rating of this Technical Capability primary factor. Accordingly, under the LPTA source selection approach, offerors who receive an unacceptable rating for this factor may not be considered for award. If any single area receives a rating of unacceptable, the entire plan may be rated as Unacceptable. To be technically acceptable contractor's catalogues, samples, and quote must adhere to the specifics in the solicitation and any posted amendments discussed during the site visit. FACTOR II - PRICE QUOTE An offeror's proposed prices will be added together to arrive at a total evaluated price. As this requirement is a "commercial" service that will result in a "firm-fixed-priced" contract, a comparison of offeror's proposed, competitive prices will satisfy the requirement for price analysis. The price evaluation will be accomplished by conducting price analysis to assess and compare proposed prices and reasonableness of the proposed total evaluated price as defined in FAR 15.404-1 and FAR 15.305. Firm-fixed-price contract provides for a price that is not subject to any adjustment on the basis of the contractor's cost experience in performing the contract. (FAR 16.202-1) B. AWARD DETERMINATION: As a result of the Government‘s aforementioned evaluation, only those offerors whose quotes are determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. No trade-offs will be permitted between price, and the non-price factor of technical capability. Of those offerors found technically acceptable, an award determination will be made to the lowest priced offeror that is determined to be reasonable, realistic, and affordable. Additional Information for Offerors: Offerors are cautioned to submit sufficient information and in the format specified in 52.212-1, Instructions to Offerors-Commercial Items. Offeror‘s may be asked to clarify certain aspects of their quote (for example, to resolve minor clerical errors). These communications will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for quote revision. The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F2PGRS2207A002-1/listing.html)
- Place of Performance
- Address: RAF Lakenheath, United Kingdom
- Record
- SN02839239-W 20120816/120815001055-a09e9e386985686537e55c6d6d573643 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |